Posted: June 26, 2024, 9:50 a.m. EDT
DRAFT Solicitation attached for industry viewing.
The U.S. Army Corps of Engineers (USACE), Portland District, intends to award a firm fixed price Job Order under a Master Ship and Repair Agreement (MSRA) for overhaul, maintenance, and repair to the Dredge Yaquina.
Major work items that may be associated with the overhaul and dry docking can be found at the bottom of this announcement. The list is not totally inclusive of all items. All overhaul work shall be performed at the Contractor's facility. The Government will deliver the vessel to the contractor facility. Upon completion of the overhaul, the USACE personnel will conduct and pass dock and sea trials prior to delivery and acceptance of the vessel back to the Government.
USACE YAQUINA is a trailing arm suction Hopper Dredge built in 1984. It has the following characteristics:
Length Overall 200 Feet
Length between perpendiculars 188 Feet
Beam Molded 58 Feet
Beam Overall (With Drag Arms Lowered) 70 Feet
Registered Gross Tonnage 2,001 Long Tons
Normal Light, Draft Forward 6'-7"
Normal Light, Draft Aft 10'-3"
Class ABS Loadline
The period of performance is expected to start August 2024 and last through February 2025. The shipyard availability is anticipated to go from December 2024 through February 2025 with a sixty (60) day drydock period during this availability. Optional items (tasks) will be included in this job order and the period of performance for these items will be concurrent with the above period of performance.
The American Bureaus of Shipping International Load Line Certificate will be endorsed during this availability. The Drydock Examination, Internal Structural Review and the Annual Inspection for renewal of the U.S. Coast Guard Certificate of Inspection will be performed during this availability.
Prospective contractors must have, or be capable of, entering into a MSRA with USACE, Portland District. Every prospective contractor that wishes to be considered for the award of the job order under this solicitation must hold a MSRA for overhaul of the YAQUINA with USACE, Portland District. If a prospective contractor wishes to submit a bid for this job order and has not already entered into a MSRA for overhaul of the YAQUINA with Portland District, then the following procedures shall be followed:
1. The prospective contractor shall submit a capabilities package in accordance with the sources sought notice titled USACE; Portland District Dredge Vessel MSRA posted on beta.sam.gov under W9127N24B0012. The capabilities package shall be received by Portland District no later than the time identified within the Sources Sought.
2. If there are any questions regarding the MSRA for overhaul of the YAQUINA or the procedures to submit a capabilities package for consideration for the award of a MSRA, please contact Mr. Ian Lutjens at ian.k.lutjens@usace.army.mil and Mr. Brandon Lasich at brandon.m.lasich@usace.army.mil. The area of consideration for award is limited to Alaska, California, Oregon, and Washington. Contractors outside of this area will not be considered.
A mandatory pre-bid site visit will be required as part of the solicitation. The anticipated dates for the site visits will be advertised in the solicitation. Final site visit information will be included in the solicitation. To schedule a site visit, please contact Mr. Ian Lutjens at ian.k.lutjens@usace.army.mil and Mr. Brandon Lasich at brandon.m.lasich@usace.army.mil.
The job order award will not be considered commercial in nature. Award will be made as a whole to one Offeror. The acquisition will be solicited using the procurement process prescribed in Part 14, Sealed Bidding, of the Federal Acquisition Regulations (FAR).
Award will not be made to any company that does not have a MSRA in place that meets the qualification requirements found in the sources sought announcement above.
A location differential will be added to total price/cost of bids for all locations in excess of 300 Nautical Miles (NM) from the Yaquina's home base location (Portland, OR). The method of calculation will include using the General Services Administration (GSA) standard rates for travel and per diem for personnel who will not be at their home base location combined with the cost of ship travel to location.
This full and open solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation is anticipated to be available approximately June 29, 2024 under Solicitation Number W9127N24B0012. NOTE: The Response Date referenced in this notice does not refer to the BID DUE DATE. Information on the BID DUE DATE will be stated in the solicitation. Any prospective Offeror must first register in the System for Award Management (SAM) at www.sam.gov. After completing SAM registration, interested Contractors and their Subcontractors must then register at https://www.beta.sam.gov in order to obtain solicitation documents, plans and specifications for this solicitation. It is the contractor's responsibility to monitor beta.sam.gov for any amendments.
The NAICS Code is 336611; PSC Code J999.
The Point of Contact for small business questions or assistance is the Portland District Small Business Specialist, Carol McIntyre, 503-808-4602 or carol.a.mcintyre@usace.army.mil.
Major Items included are as follows, but are not limited to:
Transportation
Tug Services
Crane Services
Connection/Disconnection of Services
Field Office
Parking
Drydock Lift and Lay Days
Wet Berth
Electricity
Steam
Marine Chemist Certificates
Fire Suppression Services
Bilge Maintenance
Lower Hull - Zinc Coat
Coatings Upper and Lower Hull - Anti Corrosive Coat
Coatings Upper and Lower Hull - Final Coat
Coatings Lower Hull - Anti Foulant Coat
Irathane 155 Urethane Coating
Hull Degreasing
Hull Fire Hose Washing
Hull 10,000 PSI Water Washing
Hull Zinc Anode Renewal
Sluice Valve Replacement/Overhaul
Hopper Jetting Gate Valve
Main Sea Strainer Repairs
Drag Wire Replacement
Purchase Drag Wires
Dragarm Sheave Inspection
Discharge Piping Inspection
Hopper Jetting System Cleaning
Weir Seal Replacement
Hopper Inspection Staging
Tower Staging
Propeller Blade Inspection/Replacement
Propeller Hub Replacement
Tailshaft Replacement
Stern Tube Shaft Seal Replacement
Bow Thruster - Lower Gearbox LGB/Pod Change Out
ABS Support
Audio Gauge Reading
Elevator Inspection and Repair
Anchor Chain Locker Reconditioning
Life Raft Annual Service
Sludge Tank Annual Maintenance
Strut and Stern Tube Bearing Inspection
Rudder Bushing Clearance Documentation
Dock and Sea Trials